Loading...
HomeMy WebLinkAbout19-Public Services ... CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ATI~ I GIN A L From: Ken Fischer, Director Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the execution of a new Agreement and issuance of a new Purchase Order in the amount of $14,000 to iWorQ Systems Incorporated for the establishment of remote data collection in the Sewer Maintenance and Graffiti Removal sections of the Public Services Department. Dept: Public Services Date: February 24, 2009 Meeting Date: March 16, 2009 Synopsis of Previous Council Action: Recommended Motion: Adopt Resolution. Signature Contact person: Ken Fischer, Director Phone: 5140 Supporting data attached: Staff Report, Resolution, Vendor Service Agreement and Attachment "1" Ward: All FUNDING REQUIREMENTS: Amount: Source: $14,000 FY 08-09 Sewer Fund Account No. 132-431-5502 and General Fund Account No. 001-403-5505 Council Notes: gp Finance: 26\0 'T - 54 Agenda Item No. /9 :3-/~-o't CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the execution of a new Agreement and issuance of a new Purchase Order in the amount of $14,000 to iWorQ Systems Incorporated for the establishment of remote data collection in the Sewer Maintenance and Graffiti Removal sections of the Public Services Department. Background: Two years ago the Public Services Department began using an asset management system for tracking repairs. This system is used daily to collect the costs of street repair, sidewalk repair, tree trimming, graffiti removal, sewer maintenance, streetlight maintenance, traffic signal maintenance and right of way maintenance. This management tool has been useful in quantifying overall work effort in these work sections. Our extensive use of the iWorQ program has led to an increase in demand for time to input data for the purpose of opening and closing out work orders. To lighten this growing daily work requirement a computer literate maintenance employee has been assisting with the work. His assistance has been a great help to the office, but in the longer term his time is more valuable spent in the field directly providing repair services to the community. IWorQ Systems has provided a proposal to establish remote data collection (See Attachment 1). Staff intends to automate the data collection/close out of work orders for the Graffiti Removal Section and the Sewer Maintenance Section using Blackberries in the field. The interface design will allow the field crews to close out work orders as they complete the work in the field. The total cost to accomplish this enhancement will not exceed $14,000. Iworq Systems Incorporated is considered a sole source vendor, since the work order (asset management) system used was developed by iWorqs and is maintained solely by them. Financial Impact: Funds for this agreement are contained in the Public Services Department, Sewer Maintenance Section Fiscal Year 2008/2009 Budget, Account No. 132-431-5502 (Professional/Contractual) in the amount of $7,000 and an additional $7,000 in Account No. 001-403-5505 (Other Professional Services) budgeted in the Graffiti Removal Section. Recommendation: Adopt Resolution. 1 2 3 4 5 6 7 8 9 RESOLUTION NO. I I , (cO~1f RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF A NEW AGREEMENT AND ISSUANCE OF A NEW PURCHASE ORDER IN THE AMOUNT OF $14,000 TO IWORQ SYSTEMS INCORPORATED FOR THE ESTABLISHMENT OF REMOTE DATA COLLECTION IN THE SEWER MAINTENANCE AND GRAFFITI REMOVAL SECTIONS OF THE PUBLIC SERVICES DEPARTMENT. WHEREAS, iWorQ Systems Incorporated is the proprietary vendor of the work order tracking system used by the Public Services Department, Street Division; and WHEREAS, the establishment of remote data collection in the sewer maintenance and graffiti removal sections will allow the field crews to close out work 10 11 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 12 OF SAN BERNARDINO AS FOLLOWS: orders as they complete work in the field and enhance productivity. 13 14 15 SECTION 1. That pursuant to Municipal Code 3.04.010 (B) (3) the City Manager of the City of San Bernardino is hereby authorized to execute on behalf of 16 said City a new Agreement between the City of San Bernardino and iWorQ Systems 17 Incorporated, a copy of which is attached hereto, marked Exhibit "A" and incorporated 18 herein by reference as fully as though set forth at length. 19 SECTION 2. That pursuant to this determination the Director of Finance or 20 his/her designee is hereby authorized to issue a new Purchase Order to iWorQ 21 Systems Incorporated in the amount of $14,000. 22 23 24 SECTION 3. The new Purchase Order shall reference this Resolution No. 2008- and shall read, "iWorQ Systems Incorporated for the establishment of remote 25 data collection in the Sewer Maintenance and Graffiti Removal sections, P.O. No. 26 27 28 , not to exceed $14,000" and shall incorporate the terms and conditions of the agreement. " 3-/b- ;ff I~ 1 2 3 4 5 6 7 8 9 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF A NEW AGREEMENT AND ISSUANCE OF A NEW PURCHASE ORDER IN THE AMOUNT OF $14,000 TO IWORQ SYSTEMS INCORPORATED FOR THE ESTABLISHMENT OF REMOTE DATA COLLECTION IN THE SEWER MAINTENANCE AND GRAFFITI REMOVAL SECTIONS OF THE PUBLIC SERVICES DEPARTMENT. SECTION 4. The authorization to execute the above referenced Purchase Order increase and Agreement is rescinded if it is not executed by both parties within sixty (60) days of the passage of this resolution. 1/1 10 III 11 III 12 III 13 III 14 III 15 16 17 III 18 III III 19 III 20 1/1 21 1/1 22 23 24 25 III III III 26 III 27 III 28 II II RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF 1 SAN BERNARDINO AUTHORIZING THE EXECUTION OF A NEW AGREEMENT 2 AND ISSUANCE OF A NEW PURCHASE ORDER IN THE AMOUNT OF $14,000 TO IWORQ SYSTEMS INCORPORATED FOR THE ESTABLISHMENT OF REMOTE 3 DATA COLLECTION IN THE SEWER MAINTENANCE AND GRAFFITI REMOVAL SECTIONS OF THE PUBLIC SERVICES DEPARTMENT. 4 5 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the 6 Mayor and Common Council of the City of San Bernardino at a 7 meeting thereof, held on the day of , 2009, by the 8 following vote, to wit: 9 Council Members: AYES NAYS ABSTAIN ABSENT 10 ESTRADA 11 12 13 14 15 16 BAXTER BRINKER VACANT KELLEY JOHNSON 17 MCCAMMACK 18 19 20 21 Rachel G. Clark, City Clerk 22 23 24 The foregoing resolution is hereby approved this ,2009. day of Patrick J. Morris, Mayor City of San Bernardino 25 Approved as to Form: 26 27 ames F. Penman City Attorney 28 1 2 3 4 5 or "San Bernardino"). 6 WITNESSETH: 7 8 9 10 11 12 13 14 1. 15 16 17 18 forth at length. 19 20 2. 21 22 23 24 25 26 27 28 VENDOR SERVICE AGREEMENT This Vendor Service Agreement is entered into this 16th day of March 2009, by and between iWorQ Systems Incorporated ("VENDOR") and the City of San Bernardino ("CITY" WHEREAS, the Mayor and Common Council have determined that it is advantageous and in the best interest of the CITY to contract for remote data collection in the Sewer Maintenance and Graffiti Removal section of the City of San Bernardino; and WHEREAS, the City of San Bernardino has determined that the vendor possesses the professional skills and ability to provide said services for the City. NOW, THEREFORE, the parties hereto agree as follows: SCOPE OF SERVICES. For the remuneration stipulated m Section 2, San Bernardino hereby engages the services of VENDOR to provide those products and services as set forth in its quote, attached hereto, marked Attachment" I" and incorporated herein by this reference as fully as though set COMPENSATION AND EXPENSES. a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay the VENDOR up to the amount of $14,000 to provide and perform those products and services described in Section I above. b. No other expenditures made by VENDOR shall be reimbursed by CITY. III III Exhibit "A" -1- TERM. The term of this agreement shall be for a period of one (1) year. This Agreement may be terminated at any time by thirty (30) days written notice by either party. The terms of this Agreement shall remain in force unless mutually amended. The duration of this Agreement may be extended with the written consent of both parties. 4. INDEMNITY. Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, agents or representatives, free and harmless from all claims, actions, damages and liabilities of any kind and nature arising from bodily injury, including death, or property damage, based or asserted upon any or alleged act or omission of Vendor, its employees, agents, or subcontractors, relating to or in any way connected with the accomplishment of the work or performance of service under this Agreement, unless the bodily injury or property damage was INSURANCE. While not restricting or limiting the foregoing, during the term of this Agreement, VENDOR shall maintain in effect policies of comprehensive public, general and automobile liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory Exhibit "A" -2- worker's compensation coverage, and shall file copies of said policies with the CITY's Risk Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an additional named insured in each policy of insurance provided hereunder. The Certificate of Insurance furnished to the CITY shall require the insurer to notifY CITY of any change or termination in the policy. Insurer shall give CITY 30 days notice prior to enactment and any change or termination of policy. 1 2 3 4 5 6 7 6. 8 9 10 11 12 13 14 15 16 7. 17 18 19 20 21 22 23 24 25 III 26 III 27 28 NON-DISCRIMINATION. In the performance of this Agreement and in the hiring and recruitment of employees, VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or sexual orientation, or any other status protected by law, except as permitted pursuant to Section 12940 of the California Government Code. INDEPENDENT CONTRACTOR. VENDOR shall perform work tasks provided by this Agreement, but for all intents and purposes VENDOR shall be an independent contractor and not an agent or employee of the CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for VENDOR and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. Exhibit "A" -3- II 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. VENDOR warrants that it possesses or shall obtain, and maintain a business registration certificate pursuant to Chapter 5 of the Municipal Code, and any other license, permits, qualifications, insurance and approval of whatever nature that are legally required of VENDOR to practice its business or profession. 9. NOTICES. Any notices to be given pursuant to this Agreement shall be deposited with the United States Postal Service, postage prepaid and addressed as follows: TO THE CITY: Public Services Director 300 North "D" Street San Bernardino, CA 92418 Telephone: (909) 384-5140 TO THE VENDOR: iWorQ Systems Incorporated 190 E. Center Logan, UT 84321 Telephone: (435) 755-5126 Attn: Garyn Perrett 10. ATTORNEYS' FEES In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, 20 including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of 21 its rights or remedies hereunder or the enforcement of any of the terms, conditions or 22 provisions hereof. The costs, salary and expenses of the City Attorney and members of his 23 24 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' fees" for the purposes ofthis paragraph. 25 26 27 28 III III Exhibit "A" -4- 'I I. ASSIGNMENT. 1 11. 2 3 4 5 6 7 8 9 10 12. VENUE. 11 The parties hereto agree that all actions or proceedings arising in connection with this 12 Agreement shall be tried and litigated either in the State courts located in the County of San 13 Bernardino. State of California or the U.S. District Court for the Central District of California. 14 15 16 mandatory and not permissive in nature. 17 13. 18 19 14. 20 21 22 23 24 The subject headings of the sections of this Agreement are included for the purposes of 25 convemence only and shall not affect the construction or the interpretation of any of its 26 provIsIOns. 27 III 28 VENDOR shall not voluntarily or by operation of law assIgn. transfer, sublet or encumber all or any part of the VENDOR's interest in this Agreement v"ithout CITY's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for the termination of this Agreement. Regardless of CITY's consent. no subletting or assignment shall release VENDOR of VENDOR's obligation to perform all other obligations to be performed by VENDOR hereunder for the term of this Agreement. Riverside Division. The aforementioned choice of venue is intended by the parties to be the GOVERNING LAW. This Agreement shall be governed by the laws of the State of California. SUCCESSORS AND ASSIGNS. This Agreement shall be binding on and inure to the benefit of the parties to this Agreement and their respective heirs. representatives. successors, and assigns. 15. HEADINGS. Exhibit "A" ~5~ II 1 2 3 4 5 6 7 8 9 10 11 16. ENTIRE AGREEMENT; MODIFICATION. This Agreement constitutes the entire agreement and the understanding between the parties, and supercedes any prior agreements and understandings relating to the subject manner of this Agreement. This Agreement may be. modified or amended only by a \witten instrument executed by all parties to this Agreement. III III III III III 12 III 13 III 14 III 15 16 III 17 III 18 III 19 III 20 III 21 III 22 III 23 24 III 25 III 26 III 27 28 Exhibit "A" -6- 1 2 VENDOR SERVICE AGREEMENT IWORQ SYSTEMS INCORPORATED 3 IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day 4 and date set forth below. 5 6 7 8 9 Dated: ,2009 VENDOR By: Its: Dated ,2009 CITY OF SAN BERNARDINO 10 By: City Manager 11 Approved as to Form: 12 By: 13 James F. Penman, City Attorney 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Exhibit "A" -7- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 VENDOR SERVICE AGREEMENT This Vendor Service Agreement is entered into this 16th day of March 2009, by and between iWorQ Systems Incorporated ("VENDOR") and the City of San Bernardino ("CITY" or "San Bernardino"). WITNESSETH: WHEREAS, the Mayor and Common Council have determined that it is advantageous and in the best interest of the CITY to contract for remote data collection in the Sewer Maintenance and Graffiti Removal section of the City of San Bernardino; and WHEREAS, the City of San Bernardino has determined that the vendor possesses the professional skills and ability to provide said services for the City. NOW, THEREFORE, the parties hereto agree as follows: 1. SCOPE OF SERVICES. For the remuneration stipulated m Section 2, San Bernardino hereby engages the services of VENDOR to provide those products and services as set forth in its quote, attached hereto, marked Attachment "I" and incorporated herein by this reference as fully as though set forth at length. COMPENSATION AND EXPENSES. 19 20 2. 21 22 23 24 25 III 26 III 27 28 a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay the VENDOR up to the amount of $14,000 to provide and perform those products and services described in Section I above. b. No other expenditures made by VENDOR shall be reimbursed by CITY. -1- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 3. TERM. The term of this agreement shall be for a period of one (I) year. This Agreement may be terminated at any time by thirty (30) days written notice by either party. The terms of this Agreement shall remain in force unless mutually amended. The duration of this Agreement may be extended with the written consent of both parties. 4. INDEMNITY. Vendor agrees to and shall indemnifY and hold the City, its elected officials, employees, agents or representatives, free and harmless from all claims, actions, damages and liabilities of any kind and nature arising from bodily injury, including death, or property damage, based or asserted upon any or alleged act or omission of Vendor, its employees, agents, or subcontractors, relating to or in any way connected with the accomplishment of the work or performance of service under this Agreement, unless the bodily injury or property damage was actually caused by the sole negligence of the City, its elected officials, employees, agents or representatives. As part of the foregoing indemnity, Vendor agrees to protect and defend at its own expense, including attorney's fees the City, its elected officials, employees, agents or representatives from any and all legal actions based upon such actual or alleged acts or omissions. Vendor hereby waives any and all rights to any types of express or implied indemnity against the City, its elected officials, employees, agents or representatives, with respect to third party claims against the Vendor relating to or in any way connected with the accomplishment of the work or performance of services under this Agreement. 5. INSURANCE. While not restricting or limiting the foregoing, during the term of this Agreement, VENDOR shall maintain in effect policies of comprehensive public, general and automobile liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory -2- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 worker's compensation coverage, and shall file copies of said policies with the CITY's Risk Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an additional named insured in each policy of insurance provided hereunder. The Certificate of Insurance furnished to the CITY shall require the insurer to notify CITY of any change or termination in the policy. Insurer shall give CITY 30 days notice prior to enactment and any change or termination of policy. 6. NON-DISCRIMINATION. In the performance of this Agreement and in the hiring and recruitment of employees, VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or sexual orientation, or any other status protected by law, except as permitted pursuant to Section 12940 of the California Government Code. 7. INDEPENDENT CONTRACTOR. VENDOR shall perform work tasks provided by this Agreement, but for all intents and purposes VENDOR shall be an independent contractor and not an agent or employee of the CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for VENDOR and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. III III -3- 1 2 3 4 5 6 7 8 9 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. VENDOR warrants that it possesses or shall obtain, and maintain a business registration certificate pursuant to Chapter 5 of the Municipal Code, and any other license, permits, qualifications, insurance and approval of whatever nature that are legally required of VENDOR to practice its business or profession. 9. NOTICES. Any notices to be given pursuant to this Agreement shall be deposited with the United States Postal Service, postage prepaid and addressed as follows: 10 TO THE CITY: 11 12 Public Services Director 300 North "D" Street San Bernardino, CA 92418 Telephone: (909) 384-5140 13 14 15 16 17 18 19 20 21 TO THE VENDOR: iWorQ Systems Incorporated 190 E. Center Logan, UT 84321 Telephone: (435) 755-5126 Attn: Garyn Perrett 10. ATTORNEYS' FEES In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions or 22 provisions hereof. The costs, salary and expenses of the City Attorney and members of his 23 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' 24 fees" for the purposes of this paragraph. 25 26 27 28 III III -4- ASSIGNMENT. 1 11. 2 3 4 5 6 7 8 9 10 12. 11 12 13 14 15 16 17 13. 18 19 14. 20 21 22 23 24 The subject headings of the sections of this Agreement are included for the purposes of 25 convemence only and shall not affect the construction or the interpretation of any of its 26 prOVISIOns. 27 III 28 VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for the termination of this Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR of VENDOR's obligation to perform all other obligations to be performed by VENDOR hereunder for the term of this Agreement. VENUE. The parties hereto agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated either in the State courts located in the County of San Bernardino, State of California or the U.S. District Court for the Central District of California, Riverside Division. The aforementioned choice of venue is intended by the parties to be the mandatory and not permissive in nature. GOVERNING LAW. This Agreement shall be governed by the laws of the State of California. SUCCESSORS AND ASSIGNS. This Agreement shall be binding on and inure to the benefit of the parties to this Agreement and their respective heirs, representatives, successors, and assigns. 15. HEADINGS. -5- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 16. ENTIRE AGREEMENT; MODIFICATION. This Agreement constitutes the entire agreement and the understanding between the parties, and supercedes any prior agreements and understandings relating to the subject manner of this Agreement. This Agreement may be modified or amended only by a ",Titten instrument executed by all parties to this Agreement. III III III III III III III III III III III III III III III III III III -6- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 VENDOR SERVICE AGREEMENT IWORQ SYSTEMS INCORPORATED IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below. Dated: Dated ,2009 ,2009 Approved as to Form: VENDOR By: Its: CITY OF SAN BERNARDINO By: City Manager 1--4-.- sF. Penman, City Attorney -7- "Attachment 1" Development of a Web Application for the BlackBerry Phone The design and development of the Web Application for BlackBerry Phones will start at your request and will not exceed the estimated $14,000 dollars outlined below. The primary tasks and deliverable are listed below: A. Primary Tasks I. Identify the BlackBerry models that the web interface will be designed for. 2. Determine what fields will need to be searched 3. Determine what fields will need to be updated 4. Design screens with the functionality listed above 5. Develop applications 6. Test applications 7. Implementation B. Primary Deliverables I. Two custom application that will allow users to Search and View data on their BlackBerry Phone 2. An application that will allow users to update live data in the field using their BlackBerry Phone 3. Applications that work with your existing graffiti removal and sewer maintenance programs The project will require two full time developers for approximately 3 weeks. The hourly rate for iWorQ custom development is $75 . The table below shows the estimated cost by task: TASK DESCRIPTION COST I Identify the BlackBerry models that the web interface will $0 be designed for 2 Determine what fields will need to be searched $500.00 3 Determine what fields will need to be updated $500.00 4 Design screens with the functionality listed above $5000.00 5 Develop Applications (sewer, graffiti) $6000.00 6 Test Applications $1000.00 7 Implementation $1000.00 This quote was provided at the request of San Bernardino on February 22, 2009 and is good for 90 days. Please contact Garyn Perrett at 435755-5126 if you have any questions. Garyn Perrett, Manager iWorQ Systems